Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
SOLICITATION NOTICE

10 -- REPLACEMENT OF GANTRY CRANE ELECTRICAL SYSTEM, NIMROD DAM, FOURCHE LA FAVE RIVER, YELL COUNTY, ARKANSAS

Notice Date
6/21/2012
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S12R0030
 
Response Due
7/12/2012
 
Archive Date
9/10/2012
 
Point of Contact
Glenn Jenkinson, 501-324-5720
 
E-Mail Address
USACE District, Little Rock
(glenn.jenkinson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-solicitation Notice W9127S12R0030: This requirement is reflective of the Sources Sought under W9127S12R0030 that was posted to www.fbo.gov on June 01, 2012. This solicitation will be advertised as a 100% Small Business Set Aside. The North American Industrial Classification System (NAICS) Code is 237310 (Highway, Street and Bridge Construction) and the Federal Supply Class (FSC) is J056. The small business size standard is $33.5 Million. The solicitation is for a Lowest Price Technically Acceptable (LPTA) contract. The scope of work entails the rehabilitation of Gantry Crane, Nimrod Dam., Fourche La Fave River, Yell County, Arkansas. The works is divided into the disciplinary sections as follows: Structural Work (a) Design and fabricate new structural components including motor mounts, brake mounts, and panel mounts required for mechanical and electrical work. (b) (Option) Design and fabricate safety guards for open gearing and other safety concerns on trolley. Mechanical Work- Anticipated mechanical work is summarized as follows: (a) Remove and discard existing wire rope, motor, and brake on systems awarded in this contract. The new motors shall be compatible with new controls (b) (Option) All open gearing shall be cleaned, inspected, and lubricated for service. Electrical Work-Anticipated electrical work is summarized as follows: a. The 480 volt power for the gantry crane will be from the plugs in parapet wall. (Option) Plugs will be replaced with circuit-lock watertight mechanical interlock, pin and sleeve, nonmetallic including cable. b. New complete electrical power, lighting, and control systems. (1) The new control system shall be conventional relaying, not PLC. Human Interface Machine (HMI) won't be provided.(2) The panels and enclosures shall be NEMA 4. All panels shall be climate-controlled, utilizing anti-condensation heaters and fans as required maintaining an environment acceptable to the VFDs. A 120 volt circuit shall be added for the climate control while the gantry crane is in the resting position. All panels with hinged door panels shall be keyed. (3) Gantry and travel motions shall be controlled by open-loop vector VFDs. All VFDs shall be provided with drive isolation transformers. All VFDs shall use dynamic braking to control motion, and dynamic braking resistors shall have thermal capacity of Class 160 series or better, rated continuous duty. (4) All motors shall be TEFC or TENV as necessary to maintain temperature ratings. The motors will be inverter-duty with Class F or H insulation to maintain appropriate temperature rise. (5) The gantry drive master switch shall have a drift button for coasting. (6) The hoist drive shall be single speed relay controlled. There is an option for the hoist to be a flux vector (closed loop). VFDs for hoist shall have a feature which allows for controlled over speeding with light loads; up to 200% rated capacity, inversely proportional to load. (7) All electric holding brakes shall be actuated by dc armature. Hoist brakes shall be shoe-type. Travel brakes shall be disc-type.(8) Transformers and resistor banks shall be located on the downstream cross member. (9) Limit switches shall be NEMA Type 4X. Hoist shall have redundant upper limit switches: one weighted-lever switch and one rotary switch to prevent two-blocking. Main hoist shall have a single rotary lower limit to prevent losing dead-wraps, or worse, over-wrapping. Gantry travel shall have lever-arm limit switches that will actuate trip arms located at each end of the respective runways. The trip arms shall be modified or new as necessary. (10) All conduits shall be galvanized rigid metal, except at motor connections, where liquid-tight flexible metal issued. (11) The operator control panel shall have locking covers. d. Provide an emergency stop pushbutton on the pendent control. Another emergency stop pushbutton at VFDcabinet. e. Crane shall be supplied with a transient voltage surge suppression system for the power. Provide all necessary TVSS to protect all control systems. f. A festoon type power feeder shall be utilized for the trolley. Miscellaneous Work-Anticipated miscellaneous work is summarized as follows: a. Lead-based paint and painting shall be done only in areas where work is performed or where damage has occurred under this contract. b. Only asbestos containing parts should be the brakes on the crane. c. A new gallery hoist and electric trolley shall be provided including power cable, same length as existing; plug, to match existing outlets; and pendent control. d. Upon completion of work, contractor shall perform inspection and load testing at 125% of 20 tons. Load testing will more than likely be accomplished using steel, concrete, or water bags. e. Perform functionality tests with a gate. f. Provide inspection reports, operation and maintenance manuals, and as-built drawings. g. Provide operator and maintenance training. The proposed contract will be issued as a Firm Fixed Price, with a Base and two (2) Options for Miscellaneous items. Solicitation will be issued as a Request for Proposal (RFP) utilizing Procedures per FAR 14-Contracting by Negotiation. This solicitation will be issued via Internet only at the Army's Single Face to Industry Website (ASFI) on or about 12 July 2012. It is each offerors responsibility to download the solicitation from the website. No paper copies will be provided. Notification of amendments shall be made via the Internet as well. It is therefore the contractor's responsibility to check the ASFI website daily for any posted changes to this solicitation. Contractors may view and / or download this solicitation with all amendments from the Internet after solicitation issuance at the following Internet address: https://acquisition.army.mil/asfi/solicitation_search_form.cfm and search for Solicitation number W9127S12R0030. All offerors are encouraged to visit the Army's Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offeror's must be registered with the Central Contractor Registration (CCR) in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. The contract specialist for this solicitation will be Glenn I. Jenkinson. All questions or comments should be forwarded in writing by email to glenn.jenkinson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S12R0030/listing.html)
 
Place of Performance
Address: Nimrod Project Office 3 Hywy 7 S Plainview AR
Zip Code: 72857
 
Record
SN02783233-W 20120623/120622000455-893eb135c9998503176198b0f829a9e5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.